HomeMy WebLinkAboutSouthcoast Heating & Air Conditioning; 2003-04-30;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Dale A. Schuck
(760) 434-2949
Date Issued: N/A
Request For Bid No.: EA
Mail To: CLOSING DATE: EA
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008-731 4
Award will be made to the lowest responsive,
responsible contractor based on total price.
Bid shall be deposited in the Bid Box located
in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until 4:OO p.m. on the day of Bid
closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid No. - NIA.
DESCRIPTION
Labor, materials and equipment to Replace One (1) thirty ton comDressor in the Cole Librarv in
accordance with the attached price quote.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Dale A. Schuck
Phone No. 760-434-2949
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 L), 2 L), 3 L), 4 (-), 5 L).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Southcoast Heating & Air Conditioning
Name Telephone
800 941-8395
760 941-8342 2664 Vista Pacific Dr.
Address Fax
Oceanside, CA 92056
CitylStatelZip
-1 - Revised 5/10100
Name and Title of Person Authorized to sign
contracts.
Name
Signature
Miect Sales Title
4/16/03
Date
JOB QUOTATION
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing
Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or
all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a
conflict between unit price and extended price, the unit price will prevail unless price is so obviously
unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the
reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-
award inquiry to determine the contractor’s ability to perform, including but not limited to facilities,
financial responsibility, materialdsupplies and past performance. The determination of the City as to
the Contractor’s ability to perform the contract shall be conclusive.
$11,638.00
nditioning Date 794074
Contractor’s License Number
C-ZU
-2- Revised 5/1 O/OO
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 76-@3373
OR
(Individuals) Social Security #:
-3- Revised 5/1 O/OO
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract.
NOTE: The contractor understands that if he fails to speclfy a sub-contractor for any portion of the
work to be performed under the contract in exces of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
I PORTION OF WORK I TOBE
SUBCONTRACTOR* I MBE
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor
-4- Revised 5/10/00
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
COMPRESSOR REPLACEMENT FOR COLE LIBRARY
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Dale A. Schuck.
(project manager)
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract
shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773
and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the
contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in execution of the contract.
False Claims
Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the
contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false claim to a public entity.
These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028
pertaining to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in
contract bidding.
-5- Revised 5/1 O/OO
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial
General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation
Insurance indicating coverage in a form approved by the California Insurance Commission. The
certificates shall indicate coverage during the period of the contract and must be furnished to the City
prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that
have: (1) a rating in the most recent Best‘s Key Rating Guide of at least A-:V and (2) are admitted
and authorized to transact the business of insurance in the State of California by the Insurance
Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than.. .. . ... $500,000
Subject to the same limit for each person on account of one accident in an amount not less than . . . . . . . $500,000
Property damage insurance in an amount of not less than.. . . . ... $1 00,000
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
“any auto” and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written. notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense
include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute
resolution method.
-6- Revised 5/1 O/OO
durisdictior:;
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out of this agreement is San Diego County, California.
Start Work:
Completion:
I agree to start within
I agree to complete work within 25 working days after receipt of Notice to Proceed.
working days after receipt of Notice to Proceed.
CONTRAC.TOR: AivIs America, Inc.
DRA: Southcoast Heating & Air Cond.
CITY OF CARLSBAD a municipal corporation of the State of California
By:
(sign here)
\bo - 934 -AB%-\
(telephone no.)
(print name ana title)
- _. 2664 Vista Pacific Dr
(address)
Oceanside, CA 92056
(citylstatelzip)
(telephone no.)
800-941 -8395
760-941 -8342
(fax no.)
City Clerk ) J
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the
secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: ’
Deputy City Attorney
-7- Revised 511 0100
05/07/2003 11:53 FAX 301 208 2520 AMERICAN MEXEIANICAL SERV @I 003/003
STATE OF CMFORNIA
n I(- c L ~L~5.p~ notary public, do hereby certify that 011 thi~-l+~
dayof Mpcci ,2003, pasonally appeared bef-ore me, Sam L. Frisina, who,
being by me ht duly sworn, declared that he is a Vice President of AMS America, hc.,
&/a Southmast Heating and Aix Conditioning, and that he signed the foregoing document
as a Vice President of the cmporation, and that the statements therein ccmtajned are true.
Notmy Public My Cobsion Expires: -L
STATE OF MARY"D
COUNTY OF PRINCE GEORGES
I, Edie Wright, a notary public, do hereby certify that on this 7" day of May, 2003,
personally appeared before me, Todd A. Beck, who, being by me first duly sworn, declared
that he is the Assistant Secretary of AMs America, Inc., d/b/a Southmast Heating and Air
conditioning, and that he signed the foregoing document as Assistant Seaetary of the
corporation, and that the statements therein contained are true.
- City of Carlsbad
April 11 , 2003
Tom McDonald
SOUTHCOAST
2664 Vista Pacific Drive
Oceanside CA 92056
MINOR PUBLIC WORKS CONTRACT I COLE LIBRARY COMPRESSOR
REP LAC EM ENT
Southcoast submitted a cost proposal to the City of Carlsbad for replacement of
a thirty-ton compressor located in the Cole Library facility.
The City of Carlsbad has reviewed the proposal and determined that it is the
apparent low bid for the work requested.
Attached are contract documents we require the contractor to complete in order
to issue a purchase order for the work. Please include all insurance information
and endorsements as detailed in the documents.
Please note that the City of Carlsbad has opted for Contractor Option #2 and
Contractor Option #3. The Contractor must add totals for the Installation of Virgin
Refrigerant as detailed in the quote. Note that this item is estimated and will only
be paid if needed. The City has estimated the maximum amount of Virgin
Refrigerant and will issue the contract as a Not To Exceed Amount.
You will be contacted to schedule the work after the required documents are
returned and a purchase order has been issued. If you have any questions in
regards to completing the contract dxuments, please contact me at (760) 434-
2949.
look forward orking with you. oJ&k2?-
DALE A. SCHUCK
Public Works Supervisor, Contracts and Agreements
c: Doug Duncanson, Deputy Public Works Director, General Services
Greg Clavier, Public Works Supervisor, Facilities
File
Attachment
405 Oak Avenue Carlsbad, CA 92008-3009 - (760) 434-2980 - FAX (760) 720-9562 @
2664 Vista Pacific OrDve
Oceanside, CA 92056
(760) 941-7000
San Diego (858) 530-1711
Temecula (909) 69513210
Escondido (760) 741-8299 lnrlne (949) 251-9772
Fax: (760) 941-8342
Submitted To: City of Carlsbad Date: 4/ 10/2003
405 Oaks Avenue Quote #: 0021/043
Carlsbad, CA 92008 Telephone #: 760 434 2949
1200 Carlsbad Village Dr. Library Fax #: .760 434 9562 Site Address: Job Contact: Dole Schuck lob Tel. #: 760 434 2949 P.O. #;
We propose to furnish and insrall the following:
Equipment; One (1) 30 ton compressor
1. Refrigerant recovery equipment recover and store or properly discard if required
2. Disconnect remove and return to ~RC~OI~ €or cote exchnnge or rebuild
3. Provide and insrall the following
a. One (1) Manufacture's or rebuilr compressor (rebuilt compressor replacement w~ll wke two
weeks &om start ofproject to completion)
b. Fasteners and fittings os required to adapt the compressor to the existing mount
c. Replace liquid liiic driers
d. Evacuate and charge with stored refrigerant or virgin rtfiigrrant (virgin rtfrigerant to be
shown as an option cost)
4. Start up test and place and report any further repairs needed
Note: The cost of the retiigerant if needed will be an extra ot'$2.00 a pound (70 pounds required)
The installittion will carry our one-you lobar wuri'miy bucked by manufacturers onc-yeu parrs nnd wurranty on n11 new cquipnlcnt, plus the
cxlended wwronty on lhe compressor.
Our price for the above air conditioning systcrn desipsd, installed, wannnty and test is : See Below
Option I Rebuilt compressor $9,850.00 Accept. Ah
Option 11 Manufacture's replacement compressor $10,940.00 Accept.
Option IiI Replacement of two (2) compressor contiactors $538.00 Accept. x
100% on conipletion nct 30 days
If required by the uutlioritics, equipincirl wrdeiiing, Title 24 iinpruvcmeiris, tire durnprrs, shuulurJ1 itrlprovcments, code upgrudes: aitd sound ixquiirrnentr would be extra.
We arc m open bop and dcc iiot ripuwiy to MY labor yrccnrtnt.
Accepted by: Southcoast Heoting & Air Conditioning -
By:
lSW33HlflOS ZPE8Tb609L 6P :60 EaBz/0~/~0 ZO 33Wd
A Quotation From
Ac
4035 Oceanside BLvd A4
Oceanside, CA 92056
Lic.# 790514
Phone # 760-643-1 100 FW # 760-643-1330
Customer Job Location
City of Carlsbad Cole Library
1250 Carlsbad Village Dr Carlsbad, CA 92008
Work To Be Performed
Realace 3@ton Dunham-Bush eomressor:
0 Remove lst stage compressor
0 Install rebuilt compressor
0
0
0 Charge with refrigerant
0 Return system to operation
0 Replace two contactors
Includes comuressor. labor and ail materials to complete job
Replace liquid he filter-dricr cores
Leak test and evacuate system
!J 13.290.00
I %% per month will be charged on overdue accounts
All mice required by itcms furnished under this contract will be provided only during normal working hours and is subject IO our
standard prinfcd sexvice warranty- RBPLACEMENT OF FILTERS. FUSES OR EMERGENCY SERVICE CALLS NOT DUE TO DEFeCT IN WORKMANSHIP OR MATERIALS WILL BE BILLED AT NORMAL SERVICE? RATES.
It is understood that this pr~posal sets forth our entire agreement. ADY labor or equipment in addition to that required by this propasal
wilt be paid for by you 8s an exea at our normal rate. All equipnmt remains the “personal” propcrty of Seaside Heating and Air Conditioning, Inc. until hnal payment is received. All warranties commence upon date of equipment start-up, and are void in their entirety in the event full payment is not received for the work performed under this contract.
Customer agrees to pay reasonable legal and/or collection fees
PURCHASER’S ACCEPTANCE:
By: Date:
(Customer sigoature)
By:
QUOTATION GOOD FOR 30 DAYS
OEEE 13ft13Stll dH Wd0O:ZI EOOZ 01 Jdtl
I
I
Any alteration or dewahon from above specificahons involving extra costs WLU be executed only upon wnthn ordes, and wrll become
an extre charge over and above the pnce listed above. AU agreemenb are contingent upon strikes, eccidcnb or delays that me beyond
our control. Owner to cay fwe, tornado and any other necegsary insurance
1
.-- - Acceptance of proposal: The above prices, specifications and conditions are satisfactory and are
hereby accepted. You are authorized b do the work as specified, Payments will be made as i
outlined above. I
Date of acceptance: Signature: I
500 W. Monroe St.
--- INSURED
AMS AMERICA, INC. DBA SOUTHCOAST HEATING AND AIR CONDITIONING 860 RIDGE LAKE BLVD. MEMPHIS, TN 381 20
01101/06
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED
NOTlMTHSTANDlNG ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERON IS SUBJECT TO ALL THE TERMS CONDITIONS AND EXCLUSIONS OF SUCH POLICIES AGGREGATE
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL .AGGREGATE $ 5,000,000
PRODUCTS ~ COMPIOP AGG $ 1,000,000
co
LTR I I
1,000,000
5,000
FIRE DAMAGE (Any one f~re) 1 $
TYPE OF INSURANCE
GENERAL LlABl LlTV
CLAIMS MADE OCCUR
OWNERS 8 CONTRACTORS PROT
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWED AUTOS
SCHEOULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
1
POLICY EFFECTIVE DATE (MM/DD/YY) POLICY NUMBER
I
BAP 2938651-01 (AOS) 10 1/01 103
BAP 2938652-01 (VA) ! 01101 103
TAP 2938653-01 (TX) /01/01/03
!
I
POLICY EXPIRATION DATE (MM/DD/YV) LIMITS
1,000,000 PERSONAL 8 ADV INJURY I $
EACHOCCURRENCE /$ 1,000,000
BODILY INJURY 1 (Peraccident) ' ~
PROPERTY DAMAGE
GARAGE LIABILITY I ~ I
I I ANY AUTO 3 I I 1 I AGGREGATE 1 $
EACH OCCURRENCE I$ 5,000,000
~ ~04/01/01 104/01/04 EXCESS LIABILITY i BE 309-79-07 A UMBRELLA FORM 1 AGGREGATE 5,000,000
THE PROPRIETOR/
PARTNERYMCUTIVE
CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF
THE INSURER AFFORDING COMRAGE WLL ENOEAVOR TO MIL 3 DAYS WImEN NOTCE TO THE
CERTIFICATE HOLDER NAMED HEREIN BUT FAILURE TO MAIL SUCH NOTICE SHALL iMmsE NO oBum-mi OR
LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE. KS AGENTS OR REPRESENTATIVES. OR THE
ISSUER OF THIS CERTIFICATE
MARSH USA INC.
lev: Christy N. Phoebus cww
Member of Zurich Financial Services Group
View a list of group members or the arow's rating A.M. Best # 02563 NAlC # 16535
Best's Rating
A (Excellent)*
Financial Size Catenorv
XV ($2 billion or more)
'Ratings as of O4/28/2OO3 12:24:26 PM E.S.T.
or purchase the complete Best's Companv Report for in-depth analysis.
Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their
ongoing obligations to policyholders.
Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative
and qualitative evaluation of a company's balance sheet strength, operating performance and
business profile. These ratings are not a warranty of an insurer's current or future ability to
meet its contractual obligations. View our entire notice for a complete details.
Companies interested in placing a Best's Security Icon on their web site to promote their
financial strength may reaister online.
Copyright 0 2003 by A.M. Best Companv. Inc. ALL RIGHTS RESERVED
No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval
system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details.
Company Profile
ZURICH AMERICAN INSURANCE
COMPANY
1400 AMERICAN LANE
SCHAUMBURG, IL 601 96-1 056
800-382-2 1 50
Agent for Service of Process
COLIN J. FLEMING, 560 MISSION STREET SAN FRANCISCO, CA 94105
Unable to Locate the Aqent for Service of Process?
Reference Information
NAlC #: 16535
NAlC Group #: 0212
California Company ID #: 4581-5
Date authorized in
California: January 01, 1999
UNLIMITED-
NORMAL License Status:
Company Type: Property & Casualty
State of Domicile: NEW YORK
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance.
For an explanation of any of these terms, please refer to the glossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
D I SAB I LlTY
FIRE
Ll AB I Ll TY
MARINE
MISCELLANEOUS
PLATE GLASS
SPRINKLER
SURETY
TEAM AND VEHICLE
WORKERS' COMPENSATION
License Detail
Contractor License #
794074
CALIFORNIA CONTRACTORS~STATE~ICENSE
BOARD
DISCLAIMER
A license status check provides information taken from the CSLB license
data base. Before relying on this information, you should be aware of the
following limitations:
CSLB complaint disclosure is restricted by law (B&P 7124.6). If this
entity is subject to public complaint disclosure, an icon will appear
below. Click on the icon to obtain additional complaint information.
Per B&P 7071 .I 7, only construction related civil judgments known
to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with
the terms of the arbitration.
Due to workload, there may be relevant information that has not yet
been entered onto the Board's license data base.
Extract Date: 05/20/2003
* * * Business Information * * *
A M S AMERICA INC
dba: SOUTHCOAST HEATING & AIR CONDITIONING
2664 VISTA PACIFIC DR
OCEANSIDE, CA 92056
Business Phone Number: (760) 941-7000
Entity: Corporation
Issue Date: 04/19/2001 Expire Date: 04/30/2005
* * * License Status * * *
This license is current and active. All information below should be
reviewed.
* * * Additional Status Information * * *
$5'"-
One or more of the classifications on this license may be removed at a
Future date if the qualifying person is not replaced by 07/09/2003.
~C.BOILER, HOT WATER HEATING AND STEAM FITTING
~K'WARM-AIR HEATING, VENTILATING AND AIR-CONDITIONING
'PLUMB I N G
* * * Classifications * * *